Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2022 SAM #7341
SOLICITATION NOTICE

Z -- Nashville District Bank Stabilization MATOC

Notice Date
1/4/2022 10:17:25 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P522R0001
 
Response Due
1/19/2022 7:00:00 AM
 
Point of Contact
Cierra R. Mendoza, Phone: 6157367976, James W. Purcell, Phone: 6157367674
 
E-Mail Address
cierra.r.mendoza@usace.army.mil, James.W.Purcell@usace.army.mil
(cierra.r.mendoza@usace.army.mil, James.W.Purcell@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W912P522R0001 � Streambank Stabilization MATOC Pre-Solicitation Notice PURPOSE: The Nashville District U.S. Army Corps of Engineers intends to issue a Request for Proposal construction solicitation for a firm-fixed-price Multiple Award Task Order Contract (MATOC) for primarily Design/Bid/Build (D/B/B) and Design/Build (D/B) Construction Activities within the Nashville District Mission Boundaries. This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The Scope of Work for this requirement will be available upon solicitation issuance. PROJECT DESCRIPTION: The Nashville District U.S. Army Corps of Engineers (USACE) anticipates a requirement for a firm fixed-price Multiple Award Task Order Contract (MATOC) for primarily Design/Bid/Build (D/B/B) and Design/Build (D/B) Construction contract. The purpose of this project will typically be repairs, maintenance, and improvements to existing flood control structures, channels, earthen embankments, rivers, and tributaries.� Examples of possible work on flood control structures include slope repairs, erosion protection, and improvements or restoration of roadways or accesses.� Channel work might include excavation, widening, erosion control features, drainage improvements and bank stabilization with armor stone, articulated concrete blocks, bioengineering, foreshore dikes, and / or retaining walls, and may involve repairs or replacement of utilities.� Projects in support of local municipalities are of a similar nature to USACE projects especially pertaining to flood control and ecosystem restoration.� Projects in support of other Federal agencies such as the NPS might include stream bank stabilization with geotextile fabric and armor stone. PLACE OF PERFORMANCE: U.S. Army Corps of Engineers Projects will be located in the geographic area of the USACE Nashville District which encompasses a large portion of the state of Tennessee and smaller portions of Kentucky, Alabama, Virginia, Georgia, and Mississippi ANTICIPATED PERIOD OF PERFORMANCE: Period of contract shall not exceed five (5) years from the date of award. NAICS CODE AND SBA SIZE STANDARD: NAICS 237990, Other Heavy and Civil Engineering Construction, Size Standard $39.5M. PROJECT MAGNITUDE: Between $250,000 and $3.5 million per Task Order. Total MATOC capacity is set to $24 million. TYPE OF SET-ASIDE: 100% Small Business Set-Aside SOLICITATION AND CONTRACT TYPE: It is anticipated that from the RFP Solicitation, the Government will award up to five Firm-Fixed Price construction MATOCs to companies whose proposals are most advantageous to the Government based upon an integrated assessment of the evaluation factors and subfactors described within the solicitation. ANTICIPATED SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is Friday, 28 January 2022. ANTICIPATED SITE VISIT DATE: Will be determined per task order RFP issuance. � SYSTEM FOR AWARD MANAGEMENT (SAM): In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at www.sam.gov.� More specifically, ""An Offeror is required to be registered in SAM when submitting an offer or proposal, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation."" (See FAR 52.204-7(b)(1)).� For SAM Customer Service, contact: Federal Service Desk URL: www.fsd.gov Hours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828 DSN: 866-606-8220 POINT-OF-CONTACT FOR QUESTIONS: Any communications regarding this procurement before award must be made in writing to the Contracting Branch, Attn: Cierra Mendoza at email cierra.r.mendoza@usace.army.mil . Inquiries must identify the solicitation number, the requestor�s company name, address, email address, and telephone number to include area code. NOTE: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7130beac3fd842719d783e47cebe4de4/view)
 
Place of Performance
Address: Nashville, TN, USA
Country: USA
 
Record
SN06208848-F 20220106/220104230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.